Stoke-on-Trent City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Landscape Framework 2016 - 2020 |
Notice type: | Contract Notice |
Authority: | Stoke-on-Trent City Council |
Nature of contract: | Works |
Procedure: | ???respondToList.procedureType.INNOVATION_PARTNERSHIP??? |
Short Description: | The purpose of the Landscape Framework is to establish a contract with up to six suitable contractors for each price category of landscape work for a period of four years. They will offer the best value service to the City Council and will be invited to bid for a variety of landscape improvement works that will be prepared by Stoke-on-Trent City Council. |
Published: | 22/07/2016 10:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stoke-on-Trent City Council
Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
Email: debbie.cramphorn@stoke.gov.uk
Main Address: https://www.stoke.gov.uk
NUTS Code: UKG23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Landscape Framework 2016 - 2020
Reference Number: PL2015/561*
II.1.2) Main CPV Code:
71421000 - Landscape gardening services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The purpose of the Landscape Framework is to establish a contract with up to six suitable contractors for each price category of landscape work for a period of four years. They will offer the best value service to the City Council and will be invited to bid for a variety of landscape improvement works that will be prepared by Stoke-on-Trent City Council.
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot One - Lower value £0 - £150k
Lot No: 1
II.2.2) Additional CPV codes:
71421000 - Landscape gardening services.
II.2.3) Place of performance:
UKG23 Stoke-on-Trent
II.2.4) Description of procurement: Works in either category may comprise any or all of the following:
•Site preparation including:
-earth moving, shaping, excavation and filling, capping, importation and distribution of soil, importation and incorporation of soil ameliorants and ground cultivation.
-weed treatment, weed burial, removal or protection of existing trees, transplantation of specified plants, clearance of undergrowth, grubbing up and removal of unwanted plants,
-clearance of fly tipped debris, other extraneous material, existing unwanted surfacing, removal of unwanted boundary treatment, old furniture, redundant drainage works, other equipment and concrete foundations etc.
•Setting out, preparation, supply and installation of flexible and/or hard surfacing including:
- bitumen macadam, concrete paving, small unit paving, composite granites and stone, natural stone, cobbles, in situ concrete, timber surfacing, plastic wood, rubberised safety surfacing, resin-bound surfacing, use of gravels, sand, compacted hard-cores, sports pitch surfaces, reinforcing material, temporary surfaces, deterrent paving, bespoke paving and other surfacing.
•Supply, preparation, fixing and treatment of standard items and bespoke items, including ordering the manufacture of special items where requested, such as:
- street furniture, signage, play equipment, sculptural features, timber buildings, boundary treatments, walls, steps, bollards, boardwalks, edges, rails, metal, timber, concrete and plastic wood constructions, fencing, drainage equipment, channels, water supply, water features, electricity supply, lighting features and other installations.
•The preparation of ground for planting, the supply and planting of trees, shrubs and herbaceous plants and protection thereof including:
- bulbs, corms, tubers, seed, herbaceous plants, shrubs and all sizes of nursery stock tree. Include supply and installation of staking, tying, watering, plant protection, pruning, mulching and other horticultural materials or methods to ensure successful, thriving soft-works projects.
•The preparation of the ground and the supply and installation of:
- turf, grass seed or other herbaceous seed mixes, including artificial grass or other decorative organic carpet.
•Maintenance of all or any of the above as a part of defects and establishment phases. To include maintenance of all hard and soft-works operations.
Landscape works may be required in any outdoor space, internal courtyard or area of public realm including schools, town centres, parks, public open space, derelict land, housing estates, sheltered housing areas, shopping areas, near to watercourses, highways, car parks etc.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 400
Cost criterion - Name: Criterion 1 / Weighting: 600
II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: This 4 year framework will operate as 1+1+1+1 year basis. The option to take up each year will determined each year .
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: This is an open tender being conducted on the e-tendering portal Bravo Solutions.
To receive the documents please follow the instructions below:-
This is not an expression of interest but an open tender, please note the closing date for return of completed tenders.
The web address for Bravo Solution is www.iewm.bravosolution.co.uk/sotandstaffordshireauthoritiesInternet Explorer.lnk
You will have to register and follow the instructions below
Suppliers Instructions How to Tender
1. Register your company on the IEWM eTendering portal (this is only
required once)
- Browse to the eSourcing Portal: www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities
- Click the "Click here to register" link
- Accept the terms and conditions and click "continue"
- Enter your correct business and user details
- Note the username you chose and click "Save" when complete
- You will shortly receive an email with your unique password (please keep
this secure)
2. Responding to the tender
- Login to the portal with your username/password
- Click the "Open Access ITTs" link. (These are ITTs open to any registered
supplier)
- Click on the relevant ITT to access the content.
- Click the "Express Interest" button in the "Actions" box on the left-hand side
of the page.
- This will move the ITT into your "My ITTs" page. (This is a secure area
reserved for your projects only)
- Click on the ITT code, you can now access any attachments by clicking the
"Settings and Buyer Attachments" in the "Actions" box
-Click my response to see all other questions.
- You can now choose to "Reply" or "Reject" (please give a reason if rejecting)
- You can now use the 'Messages' function to communicate with the buyer
and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to
complete the ITT
- There may be a mixture of online & offline actions for you to perform (there
is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on: - eMail: help@bravosolution.co.uk
II.2) Description Lot No. 2
II.2.1) Title: Lot Two- High value £150k - £500k
Lot No: 2
II.2.2) Additional CPV codes:
71421000 - Landscape gardening services.
II.2.3) Place of performance:
UKG23 Stoke-on-Trent
II.2.4) Description of procurement: Works in either category may comprise any or all of the following:
•Site preparation including:
-earth moving, shaping, excavation and filling, capping, importation and distribution of soil, importation and incorporation of soil ameliorants and ground cultivation.
-weed treatment, weed burial, removal or protection of existing trees, transplantation of specified plants, clearance of undergrowth, grubbing up and removal of unwanted plants,
-clearance of fly tipped debris, other extraneous material, existing unwanted surfacing, removal of unwanted boundary treatment, old furniture, redundant drainage works, other equipment and concrete foundations etc.
•Setting out, preparation, supply and installation of flexible and/or hard surfacing including:
- bitumen macadam, concrete paving, small unit paving, composite granites and stone, natural stone, cobbles, in situ concrete, timber surfacing, plastic wood, rubberised safety surfacing, resin-bound surfacing, use of gravels, sand, compacted hard-cores, sports pitch surfaces, reinforcing material, temporary surfaces, deterrent paving, bespoke paving and other surfacing.
•Supply, preparation, fixing and treatment of standard items and bespoke items, including ordering the manufacture of special items where requested, such as:
- street furniture, signage, play equipment, sculptural features, timber buildings, boundary treatments, walls, steps, bollards, boardwalks, edges, rails, metal, timber, concrete and plastic wood constructions, fencing, drainage equipment, channels, water supply, water features, electricity supply, lighting features and other installations.
•The preparation of ground for planting, the supply and planting of trees, shrubs and herbaceous plants and protection thereof including:
- bulbs, corms, tubers, seed, herbaceous plants, shrubs and all sizes of nursery stock tree. Include supply and installation of staking, tying, watering, plant protection, pruning, mulching and other horticultural materials or methods to ensure successful, thriving soft-works projects.
•The preparation of the ground and the supply and installation of:
- turf, grass seed or other herbaceous seed mixes, including artificial grass or other decorative organic carpet.
•Maintenance of all or any of the above as a part of defects and establishment phases. To include maintenance of all hard and soft-works operations.
Landscape works may be required in any outdoor space, internal courtyard or area of public realm including schools, town centres, parks, public open space, derelict land, housing estates, sheltered housing areas, shopping areas, near to watercourses, highways, car parks etc.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 400
Cost criterion - Name: Criterion 1 / Weighting: 600
II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework will operate for 4 years on the basis of 1+1+1+1 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: This is an open tender being conducted on the e-tendering portal Bravo Solutions.
To receive the documents please follow the instructions below:-
This is not an expression of interest but an open tender, please note the closing date for return of completed tenders.
The web address for Bravo Solution is www.iewm.bravosolution.co.uk/sotandstaffordshireauthoritiesInternet Explorer.lnk
You will have to register and follow the instructions below
Suppliers Instructions How to Tender
1. Register your company on the IEWM eTendering portal (this is only
required once)
- Browse to the eSourcing Portal: www.iewm.bravosolution.co.uk/sotandstaffordshireauthorities
- Click the "Click here to register" link
- Accept the terms and conditions and click "continue"
- Enter your correct business and user details
- Note the username you chose and click "Save" when complete
- You will shortly receive an email with your unique password (please keep
this secure)
2. Responding to the tender
- Login to the portal with your username/password
- Click the "Open Access ITTs" link. (These are ITTs open to any registered
supplier)
- Click on the relevant ITT to access the content.
- Click the "Express Interest" button in the "Actions" box on the left-hand side
of the page.
- This will move the ITT into your "My ITTs" page. (This is a secure area
reserved for your projects only)
- Click on the ITT code, you can now access any attachments by clicking the
"Settings and Buyer Attachments" in the "Actions" box
-Click my response to see all other questions.
- You can now choose to "Reply" or "Reject" (please give a reason if rejecting)
- You can now use the 'Messages' function to communicate with the buyer
and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to
complete the ITT
- There may be a mixture of online & offline actions for you to perform (there
is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on: - eMail: help@bravosolution.co.uk
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As described in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:Innovation partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/08/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=207736483
VI.4) Procedures for review
VI.4.1) Review body:
Stoke-on-Trent City Council
Corporate Procurement, City Director's Office,Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
Internet address: www.stoke.gov.uk
VI.4.2) Body responsible for mediation procedures:
Stoke-on-Trent City Council
Corporate Procurement,city Director's Office, Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
Internet address: www.stoke.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Stoke-on-Trent City Council
Corporate Procurement,City Director's Office,Civic Centre Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
VI.5) Date Of Dispatch Of This Notice: 22/07/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Stoke-on-Trent City Council
Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
Email: debbie.cramphorn@stoke.gov.uk
Main Address: https://www.stoke.gov.uk
NUTS Code: UKG23
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Landscape Framework 2016 - 2020
Reference number: PL2015/561*
II.1.2) Main CPV code:
71421000 - Landscape gardening services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The purpose of the Landscape Framework is to establish a contract with up to six suitable contractors for each price category of landscape work for a period of four years. They will offer the best value service to the City Council and will be invited to bid for a variety of landscape improvement works that will be prepared by Stoke-on-Trent City Council.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot One - Lower value £0 - £150k
Lot No:1
II.2.2) Additional CPV code(s):
71421000 - Landscape gardening services.
II.2.3) Place of performance
Nuts code:
UKG23 - Stoke-on-Trent
Main site or place of performance:
Stoke-on-Trent
II.2.4) Description of the procurement: Works in either category may comprise any or all of the following•Site preparation including-weed treatment
•Setting out, preparation, supply and installation Supply, preparation, fixing and treatment of standard items and bespoke items. The preparation of ground for planting, the supply and planting of trees, shrubs and herbaceous plants and protection thereof including:- works projects.•The preparation of the ground and the supply and installation of:- turf, grass seed or other herbaceous seed mixes, including artificial grass or other decorative organic carpet. •Maintenance of all or any of the above as a part of defects and establishment phases.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 400
Cost criterion - Name: Criterion 1 / Weighting: 600
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: This is an open tender being conducted on the e-tendering portal Bravo Solutions.
To receive the documents please follow the instructions below:-
This is not an expression of interest but an open tender, please note the closing date for return of completed tenders.
The web address for Bravo Solution is www.iewm.bravosolution.co.uk/sotandstaffordshireauthoritiesInternet Explorer.lnk
II.2) Description (lot no. 2)
II.2.1) Title:Lot Two- High value £150k - £500k
Lot No:2
II.2.2) Additional CPV code(s):
71421000 - Landscape gardening services.
II.2.3) Place of performance
Nuts code:
UKG23 - Stoke-on-Trent
Main site or place of performance:
Stoke-on-Trent
II.2.4) Description of the procurement: Works in either category may comprise any or all of the following:
•Site preparation including:•Setting out, preparation, supply and installation of flexible and/or hard surfacing•Supply, preparation, fixing and treatment of standard items and bespoke items,•The preparation of ground for planting, the supply and planting of trees, shrubs and herbaceous plants and protection works projects. •The preparation of the ground and the supply and installation of:
- turf, grass seed or other herbaceous seed mixes, including artificial grass or other decorative organic carpet.
•Maintenance of all or any of the above as a part of defects and establishment phases.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 400
Cost criterion - Name: Criterion 1 / Weighting: 600
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: This is an open tender being conducted on the e-tendering portal Bravo Solutions.
To receive the documents please follow the instructions below:-
This is not an expression of interest but an open tender, please note the closing date for return of completed tenders.
The web address for Bravo Solution is www.iewm.bravosolution.co.uk/sotandstaffordshireauthoritiesInternet
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Innovation Partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: PL2015/561*
Lot Number: 1
Title: 0-£150k
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/11/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Horticon Ltd.
Moor Lane, Wilmslow, SK9 6DN, United Kingdom
NUTS Code: UKG23
The contractor is an SME: Yes
Contractor (No.2)
Jack Moody Landscaping & Civil Engineering Limited
Hollybush Farm, Warstone Road, Wolverhampton, WV10 7LX, United Kingdom
NUTS Code: UKG23
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 6,000,000
Total value of the contract/lot: 6,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: PL2015/561
Lot Number: 2
Title: £150- £500k
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/11/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Horticon Ltd
Moor Lane Nursery, Wilmslow, SK9 6DN, United Kingdom
NUTS Code: UKG23
The contractor is an SME: Yes
Contractor (No.2)
Jack Moody Landscaping & Civil Engineering Limited
Hollybush Farm, Warstone Road, Wolverhampton, WV10 7LX, United Kingdom
NUTS Code: UKG23
The contractor is an SME: Yes
Contractor (No.3)
The Casey Group
Rydings Road, Rochdale, OL12 9PS, United Kingdom
NUTS Code: UKG23
The contractor is an SME: Yes
Contractor (No.4)
The Landscape Group Ltd
3 Rye Hill Office Park, Coventry, CV5 9AB, United Kingdom
NUTS Code: UKG23
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 6,000,000
Total value of the contract/lot: 6,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=228572614
VI.4) Procedures for review
VI.4.1) Review body
Stoke-on-Trent City Council
Corporate Procurement, City Director's Office,Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
Internet address: www.stoke.gov.uk
VI.4.2) Body responsible for mediation procedures
Stoke-on-Trent City Council
Corporate Procurement,city Director's Office, Civic Centre, Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
Internet address: www.stoke.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Stoke-on-Trent City Council
Corporate Procurement,City Director's Office,Civic Centre Glebe Street,, Stoke-on-Trent, ST4 1HH, United Kingdom
Tel. +44 1782232841
VI.5) Date of dispatch of this notice: 23/11/2016